Purchase and installation of a new Intrusion Detection System for Phillip Burton Federal Courthouse
SOL #: 70RFPW26QW9000006Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Office Of Procurement Operations
FPS WEST CCG
DENVER, CO, 80225, United States
Place of Performance
San Francisco, CA
NAICS
Security Systems Services (except Locksmiths) (561621)
PSC
Miscellaneous Alarm, Signal, And Security Detection Systems (6350)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Dec 31, 2025
2
Last Updated
Jan 27, 2026
3
Submission Deadline
Feb 9, 2025, 5:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) hardware at the Phillip Burton Federal Courthouse in San Francisco, CA. This acquisition is a Total Small Business Set-Aside and will result in a firm-fixed price contract. Proposals are due February 9, 2026, at 09:00 PT.
Scope of Work
The contractor will be responsible for the purchase and installation of new IDS door contacts and duress buttons. Key requirements include:
- System compatibility with the existing alarm panel.
- Independent operation from the Physical Access Control System (PACS).
- All equipment must be Underwriters Laboratories (UL) listed, IP based, and commercially-grade.
- Alarm control panel and power supply enclosure must feature a tamper switch.
- System must provide sufficient backup power (four hours standby, five minutes alarm mode).
- Installers must be trained, certified, and authorized by the manufacturer, with at least one factory-certified technician onsite at all times.
- The contractor must be ISO 9001-2015 Certified.
Contract Details
- Contract Type: Firm-Fixed Price Request for Quote (RFQ) under FAR Subpart 13, Simplified Acquisition Procedures.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561621, with a size standard of $25 million.
- Product Service Code: 6350 (Miscellaneous Alarm, Signal, And Security Detection Systems).
- Period of Performance: Anticipated from March 1, 2026, to May 31, 2026, with project completion required within 60 days of the Notice to Proceed.
Submission & Evaluation
Bidders must submit proposals including:
- An itemized list of equipment (without pricing) and manufacturer data sheets.
- Completed SF 1449 and a detailed itemized price list covering all costs (labor, material, travel).
- A signed Contractor Quotation Checklist (Attachment F).
- Representations and Certifications (SF 52.212-3), current licenses, and a Certificate of Insurance.
- Up to three Past Performance Project Forms (Attachment D) from the last three years, with customer references for a Past Performance Questionnaire (Attachment E). Evaluation will prioritize technical specifications and past performance, with price being the least important factor. Two separate submissions are required: one complete and one with Part I (technical specifications) redacted.
Key Dates & Contacts
- Response Due: February 9, 2026, at 09:00 PT.
- Site Visit: A site visit occurred on January 20, 2026.
- Questions Due: Questions were due by January 22, 2026.
- Primary Contact: Gil Olivas, Contract Specialist (Gilbert.Olivas@fps.dhs.gov, 3035792437).
- SAM Registration: Required for award.
People
Points of Contact
Gil OlivasPRIMARY
Kelly MinturnSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Dec 31, 2025